Tallahassee Community College


[PDF]Tallahassee Community College - Rackcdn.comac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

0 downloads 147 Views 669KB Size

Tallahassee Community College Request for Information (RFI) For Website Redesign Services RFI 2015-08

Solicitations Due – June 15, 2015 - 1:45 p.m. EDST Solicitation Opening – June 15, 2015 - 2:00 p.m. EDST

http://www.tcc.fl.edu/purchasing

Page | 1

Table of Contents

GENERAL CONDITIONS ...................................................................................................................................... 3 SCHEDULE OF RFI EVENTS ............................................................................................................................ 12 PROPOSAL SPECIFICATIONS......................................................................................................................... 13 INSURANCE REQUIREMENTS ....................................................................................................................... 23 INSTRUCTIONS FOR PREPARING PROPOSALS ...................................................................................... 25 STATEMENT OF NO PROPOSAL ................................................................................................................... 27 PROPOSAL RESPONSE FORM ........................................................................................................................ 28 PROPOSAL CERTIFICATION .......................................................................................................................... 29 DRUG FREE WORKPLACE ............................................................................................................................... 30 MINORITY AND WOMAN OWNED BUSINESS DECLARATION ......................................................... 31 ADDENDUM ACKNOWLEDGEMENT FORM ……………………………………………………………………33

Page | 2

GENERAL CONDITIONS Proposers: To insure acceptance of the proposal, follow these instructions. SEALED PROPOSALS: The number of the proposal and the date of opening shall be shown on the envelope/box containing each proposal. Proposers are requested to show their name and address on the envelope/box. All proposals are subject to the terms and conditions specified herein and on the attached proposal documents. Completed proposal must be submitted in a sealed envelope/box. Telegraphic (fax, email, telephone, telegraph) proposals will not be accepted. 1.

EXECUTION OF PROPOSAL: Proposals must contain an original manual signature of an authorized representative. Failure to properly sign the proposal may invalidate same, and it may not be considered for award. All proposals must be completed either handwritten in ink or typewritten. No erasures are permitted. If a correction is necessary, draw a single line through the entered information and enter the corrected information above it. Corrections must be initialed by the person signing the proposal. Any illegible entries, pencil proposals or corrections not initialed may not be considered. The original conditions and specifications cannot be changed or altered in any way. Altered proposals will not be considered. Clarification of proposals submitted shall be in letterform, signed by proposers and attached to the proposal.

2.

NUMBER OF COPIES: Proposers shall submit four (4) complete sets, one (1) original and three copies, along with (2) electronically on a USB flash media in PDF format). The USB must be identical to the original proposal with all original signatures and all supporting documentation and be uploaded as one document. The original, copies and USB are to be in a sealed envelope/box marked as stated in the Proposal Submission clause. This quantity is required so that a full and complete copy of your proposal can be provided to College personnel.

3.

PROPOSAL PREPARATION COSTS: The College shall not be liable for any expenses incurred in connection with the preparation of a response to this RFI.

4.

PROPOSAL SUBMISSION: The College will receive proposals at the Purchasing Office. The outside of the sealed envelope/box must be identified as follows:    

5.

Proposer’s name Return address RFI number and title Due date and time DUE DATE AND TIME: The date and time will be carefully observed. Proposals received after the specified date and time shall be returned unopened. The College will not be responsible for late deliveries or delayed mail. The time stamp located in the Purchasing Office shall serve as the official authority to determine lateness of any proposal.

Page | 3

Receipt of the proposal in the Purchasing Department after the date and time specified due to failure by the proposer to provide the above information on the outside of the envelope/box shall result in the rejection of the proposer’s proposal. The proposer may submit the proposal in person or by mail/courier service. The College cautions proposers to assure actual delivery of mailed or hand delivered proposals prior to the deadline set for receiving proposals. Confirmation of receipt of proposal can be made by calling the College Purchasing Office. 6.

VENDOR REGISTRATION REQUIREMENTS: Proposers who obtain RFI documents from other sources must officially register with the College’s Purchasing Office in order to be placed on the mailing list for any forthcoming addenda or official communications. The College shall not be responsible for providing addendums to proposers who receive RFI documents from other sources. Failure to register as a prospective proposer may cause your proposal to be rejected as non-responsive if you have submitted a proposal without an addendum acknowledgement for the most current and/or final addendum. Prior to the submission of your solicitation documents, all vendors must be listed as a registered vendor in TCC’s database. If you previously submitted these forms and received your TCC vendor id number, you will not need to re-submit, just reference this number on the Proposal Response Form. If you are not a registered TCC vendor, you will need to complete our online TCC Vendor Application Form and W-9 at: https://www.tcc.fl.edu/FacultyStaff/AdministrativeServices/Purchasing/Pages/Ven dor-Application.aspx These forms are submitted electronically which protects your information. Once your forms have been submitted and information has been processed by Purchasing, you will receive an e-mail containing your TCC Vendor ID Number. If you are unsure about your registration status in TCC’s database, please E-mail Cheri Davis at [email protected] and include the company name and Federal ID # or the last four digits of the vendor social security number.

7.

NO PROPOSAL: If not submitting a proposal, respond by returning only the Statement of No Proposal and give the reason in the space provided. Failure to submit a Statement of No Proposal shall be cause for removal of the proposer from the mailing list.

8.

DELAYS: The College, at its sole discretion, may delay the scheduled due dates indicated above if it is to the advantage of the College to do so. The College will notify Proposers of all changes in scheduled due dates by written addendum.

9.

REVISIONS AND AMENDMENTS: The right is reserved, as the interest of the College may require, to revise or amend the specifications or drawings or both prior to the date set for opening of RFI, such revisions and amendments, if any, Page | 4

will be announced by an addendum to the RFI. If the revisions and amendments are of a nature which requires material changes in quantities or prices, the date set for the opening of the RFI may be postponed by such number of days as in the opinion of the Purchasing Director that will enable Proposers to revise their RFI. In such cases the addendum will include an announcement of the new RFI opening date. The proposers shall acknowledge receipt of all addenda by signing, dating, and returning the acknowledgment page of the addendum with their proposal. 10.

CONFLICT OF INTEREST: The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. All proposers must disclose with their proposal the name of any officer, director, or agent who is also an employee of the College. Further, all proposers must disclose the name of any Board employee who owns, directly or indirectly, an interest of five percent (5%) or more in the proposer’s firm or any of its branches.

11.

DISQUALIFICATION: Any or all proposals will be rejected if there is reason to believe that collusion exists between proposers. Proposals in which the prices obviously are unbalanced will be subject to rejection.

12.

PROPOSAL WITHDRAWAL: Proposers may withdraw their proposals by notifying the College in writing at any time prior to the time set for the proposal deadline. Proposers may withdraw their proposals in person or through an authorized representative. Proposers and authorized representatives must disclose their identity (company business card and driver’s license) and provide a signed receipt for the proposal. Once opened, proposals become the property of the College and will not be returned to the proposers.

13.

ADDITIONAL INFORMATION: No additional information may be submitted, or follow-up performed by any proposer after the stated due date of a formal presentation to College personnel, unless specifically requested by the College.

14.

CONTRACTUAL AGREEMENT: This Request for Information shall be included and incorporated in the final contract or purchase order. The order for contract precedence will be the contract (purchase order), proposal document and response. Any and all legal actions associated with this Request for Information and/or the resultant contract (purchase order) shall be governed by the laws of the State of Florida.

15.

PUBLIC RECORDS: Upon award or ten (10) days after opening, whichever is earlier, proposals become “public records” and shall be subject to public disclosure consistent with chapter 119.07(3) (m), Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the proposal, and must identify the data or other materials to be protected, and must state reasons why such exclusion from public disclosure is necessary. Any financial statements that are submitted are exempt from becoming public record [FS 119.07(3)(t)].

Page | 5

16.

INQUIRIES/INTERPRETATIONS: All proposers shall carefully examine the RFI documents. Proposers are expected to examine the terms and conditions, specifications, scope of work, delivery schedule, proposal prices, extensions and all instructions pertaining to supplies and services. Any interpretation of or changes to the RFI will be made in the form of a written addendum to the RFI and will be furnished to all proposers. Such inquiries regarding this RFI outside a pre-proposal conference must be submitted in writing via email to the College’s Purchasing Director at [email protected] The College will provide written answers via email to the questions in the form of a written addendum to all proposers who have received the RFI. The College will not be responsible for any oral instructions made by any employee(s) of the College in regard to this RFI.

17. PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total. Prices must be stated in units of quantity specified in the proposal specifications. In case of discrepancy in computing the amount of the proposal, the Unit Price quoted will govern. All prices shall be F.O.B. (Free on Board) destination, freight prepaid (unless otherwise stated in Special Conditions). A. TAXES: The College does not pay Federal Excise and State taxes on direct purchases of tangible personal property. The applicable tax exemption number is shown on the purchase order. This exemption does not apply to purchases of tangible personal property made by contractors who use tangible personal property in the performance of contracts for the improvement of the College owned real property as defined in chapter 192 of the Florida Statutes. B. MISTAKES: Proposers are expected to examine the specifications, delivery schedules, proposal prices and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at proposer’s risk. In the event of extension error(s), the unit price will prevail and the proposer’s extension and total offer will be corrected accordingly. In the event of addition error(s), the unit price and extension thereof will prevail and the proposer’s total offer will be corrected accordingly. C. CONDITIONS AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this proposal shall be new (current production model at the time of this proposal) and that all containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. D. PROPOSER’S CONDITIONS: The College specifically reserves the right to reject any conditional proposal. E. PRICES: All proposal prices shall be valid for a minimum period of 90 days from date of submittal.

Page | 6

18.

PROOF OF FUNCTIONAL CAPABILITIES: It should be understood by the vendor that award of this contract may be subject to satisfactory proof of functional capabilities of the services as specified under this solicitation. If required, the vendor will have to demonstrate these capabilities within seven (7) days after conditional award.

19.

SUB-CONTRACTING: Where a vendor does not have the capability or the time to complete the work required under this proposal “in house”, sub-contracting will be permitted only with the prior knowledge and approval of the College. Therefore, the name of any sub-contractor contemplated for use will be included as part of the proposal. This process is needed so that the college can be assured and in agreement that the sub-contractor(s) can complete the work to the desired quality and in a timely manner. The sub-contractor(s) must be identified in the proposal.

20.

PUBLIC OPENING/EVALUATION: Proposals shall be publicly opened, read and recorded on the date and time specified herein unless changed by addendum. All proposals received after the specified time will not be considered and will be returned to the proposer. Fax, e-mail, telegraph or telephone proposals will not be accepted. A proposal may not be altered after the opening of the proposals. Upon receipt of proposals, College personnel will select qualified candidates based on criteria contained herein. College personnel may contact qualified responders to give oral presentations after the initial review of all proposals.

21.

ACCURACY OF PROPOSAL INFORMATION: Any proposer which submits in its proposal to the College any information which is determined to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration.

22.

ADVERTISING: In submitting a proposal, the proposer agrees not to use the results there from as a part of any commercial advertising unless permission in writing is granted by the College.

23.

GOVERNMENTAL RESTRICTIONS: In the event that any governmental restrictions are imposed which would necessitate alteration of the material quality, workmanship or performance of the items offered on the RFI prior to their performance, it shall be the responsibility of the proposer to notify the Purchasing Department at once, indicating in his/her letter the specific regulation which required an alteration, including any price adjustments occasioned thereby. The College reserves the right to accept such alteration or to cancel the contract or purchase order at no further expense to the College.

24.

LIABILITY, INSURANCE, LICENSES AND PERMITS: Where proposers are required to enter or go onto the College property to deliver materials or perform work or services as a result of a proposal award, the proposer will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The proposer shall be liable for any damages or loss to the Board occasioned by negligence of the proposer (or agent) or any person the proposer has designated in the completion of the contract as a result of his or her proposal.

Page | 7

25.

DRUG FREE WORKPLACE: Whenever two or more proposals which are equal with respect to price, quality, and service are received by the College for the procurement of commodities or contractual services, a proposal received that has completed the Drug Free Workplace form, certifying that it is a drug free workplace, shall be given preference.

26.

CANCELLATION: In the event the contractor violates any of the provisions of this proposal, the Board shall give written notice to the contractor stating the deficiencies and unless deficiencies are corrected within ten (10) days, recommendation will be made to the board for immediate cancellation. Tallahassee Community College reserves the right to terminate any contract resulting from this invitation at any time and for any reason, upon giving thirty (30) days written notice to the other party.

27.

TERMINATION: If a contract is awarded as a result of this RFI and is terminated or cancelled within the first year of the contract period, the College may elect to negotiate & award a new contract to the next ranked proposer or to issue a new RFI, whichever is determined to be in the best interest of the College. The supplier will serve at the will and pleasure of the College. Either party may cancel the contract with thirty (30) days advanced written notice. However, at the College’s sole option, a termination for convenience by the College may be effective immediately and may apply to delivery orders (if applicable) or to the contract in whole. The College shall be liable for services delivered and accepted. In the event of termination by either party, the supplier will have, in no event, any claim against the College for lost profits or compensation for lost opportunities. After a receipt of a Termination Notice and except as otherwise directed by the College, the supplier shall:

28.



Stop orders/work on the date and to the extent specified.



Terminate and settle all orders and/or sub-contracts relating to the performance of the terminated work. All costs incurred for canceled projects will be billed to the College.



Transfer all work in progress, completed work, and other materials related to the terminated work as directed by the College.



Continue and complete all parts of the work that have not been terminated.

PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal or a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded work or perform work as a contractor, supplier, sub-proposer or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes, Chapter 287 for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. Page | 8

Note: By signing the proposal, the vendor attests they have not been placed on the convicted vendor list. 29.

ACCEPTANCES AND REJECTION: The College reserves the right to reject all proposals, to waive any informalities and technicalities, and to solicit and readvertise for new proposals, or to abandon the project in its entirety. The College reserves the right to make the award to that proposer who, in the opinion of the College, will be in the best interest of and/or the most advantageous to the College. The College reserves the right to reject the proposal of any vendor who has previously failed in the proper performance of an award or to deliver on time contracts, or who, in the College’s opinion, is not in a position to perform properly under this award. The College reserves the right to inspect all facilities of proposer’s in order to make a determination as to the foregoing.

30.

JOINT VENTURES: Proposals submitted by firms under “joint venture” arrangements or other multi-party agreements must submit a power of attorney delegating authority to one principal with authority to negotiate and execute any/all contract documents resulting from negotiations/award of this RFI.

31.

DISPUTES & PROTESTS: In the case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the buyer shall be final and binding on both parties. Failure to file a protest within the amount of time prescribed in FS 120.57(3) shall constitute a waiver of proceedings under chapter 120, Florida Statutes.

32.

IDENTICAL OR TIE PROPOSALS: In the event two (2) or more proposers submit the exact dollar amount as their proposal offer, the following criteria, in order of importance, shall be used to break said tie: (1) Drug Free Work Place, (2) Florida proposers, (3) Proposer’s place of business is within Leon, Gadsden or Wakulla Counties, (4) or by flip of coin, when all other factors are equal.

33.

FAMILIARITY WITH LAWS: All proposers are required to comply with all Federal, State, and Local laws, codes, rules and regulations controlling the action or operation of this RFI. Relevant laws may include, but are not limited to: The Americans with Disabilities Act of 1990, Office of Education 6A-14, State Requirements for Educational Facilities (SREF), Florida Statute 1013 (K-20) Education Code (Educational Facilities), OSHA regulations, and all Civil Rights legislation.

34.

EQUAL OPPORTUNITY: The College is committed to complying with all laws prohibiting discrimination on the basis of race, color, ethnicity, genetic information, national origin, religion, gender sexual orientation, marital status, age or disability in its programs and activities. The proposer agrees to make no distinction in its employment practices on the basis of race, color, ethnicity, genetic information, national origin, religion, gender sexual orientation, marital status, age or disability in such practices. Proposer agrees to adhere to any and all applicable State and Federal Civil Rights Laws.

Page | 9

35.

DEFAULT: In the event of default on a contract, the successful proposer shall pay to the Board, as liquidated damages an amount equal to 25% of the unit price proposal, times the quantity (or) $50.00, whichever amount is larger. In the event of default on a contract, the successful proposer shall pay all attorneys’ fees and court costs incurred in collecting any liquidated damages.

36.

INVOICING AND PAYMENT: Payment will be made by the College after the items awarded to a vendor have been received, inspected, and found to comply with award specifications, free of damage or defect, properly invoiced and minimally meet the following conditions to be considered as a valid payment request: A. Timely submission of a correct invoice(s), in strict accordance with the price(s) and delivery elements as stipulated in the purchase order or contract, and be submitted to Accounts Payable at the address indicated on the purchase order. B. All invoices shall consist of an original and (1) copy; clearly referencing the subject purchase order number; provide a sufficient description to identify goods or services for which payment is being requested; and include date(s) of services. C. The invoice shall also contain the proposer’s Federal Employer Identification Number (F.E.I.N.). D. Tallahassee Community College’s terms are “Net 30” after acceptance of goods or services and receipt of an acceptable invoice as described herein.

37.

ANTI-DISCRIMINATION: The proposer certifies that he or she is in compliance with the non-discrimination clause in Section 202, Executive Order 11246, as amended by executive order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin.

38.

AFFIRMATION: By submission of a proposal, the proposer affirms that his/her proposal is made without prior understanding, agreement or connection with any corporation, firm, or person submitting a proposal for the same materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. Proposer agrees to abide by all terms and conditions of this RFI and the resulting contract. No outside terms and conditions will be considered unless approved by the College.

39.

RENEWAL: Renewal Option, __ YES _X_ NO: If yes, the terms in this RFI will automatically renew for one (1) year increments for up to an additional three years unless terminated, with 30 days written notice, by either party.

40.

INDEMNIFICATION: To the fullest extent permitted by law, the proposer shall indemnify, hold harmless and defend the College, its Trustees, officers, agents, servants, and employees, from and against all claims, damages, losses, and expenses including, but not limited to, attorneys’ fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual cost incurred for expert witness testimony, arising out of or resulting from the Page | 10

performance of services required under this Contract, provided that same is caused by the negligence, recklessness, or intentional wrongful conduct of the proposer or other person utilized by the proposer in the performance of the work. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the College as set forth in Section 768.28, Florida Statutes. The proposer, without exemption, shall indemnify and hold harmless the College, its employees and/or any of its Board of Trustees Members from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or non-patented invention, process or item manufactured by the proposer. Further, if such a claim is made or is pending, the proposer may, at its option and expense, procure for the College the right to use, replace or modify the item to render it non-infringing. If none of the alternatives are reasonably available, the College agrees to return the article, on request, to the proposer and receive reimbursement. If the proposer used any design, device or materials covered by letters, patent or copyright, it is mutually agreed and understood, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device or materials in any way involved in the work. 41.

VERIFICATION OF EMPLOYMENT: In accordance with State of Florida Office of the Governor executive Order Number 11-02, the firm shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all persons employed during the contract term by the firm to perform employment duties within Florida and all persons (including sub-consultants) assigned by the firm to perform work pursuant to the contract with Tallahassee Community College.

42.

PROHIBITION AGAINST CONTINGENT FEES: Vendors/Suppliers are hereby notified that any contract entered into by Tallahassee Community College will contain a prohibition against contingent fees as follows: “The vendor warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the vendor to solicit or secure this agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the vendor any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement.” For the breach or violation of this provision, the College shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration, and to disqualify the vendor from future contracts with Tallahassee Community College for a period up to five (5) years.

43.

SPECIAL CONDITIONS: Any and all special conditions and specifications attached here to which vary from these general conditions shall have precedence.

Page | 11

44.

SUBMITTAL: Proposals must be submitted Monday, June 15, 2015 by 1:45 p.m. All sealed proposals will not be opened until then. Proposal Number: RFI 2015-08 Do Not Open Until: June 15, 2015 at 2:00 p.m. EDST Proposals Will Be Opened In: The Eagle Conference Room Send Proposal to: Tallahassee Community College Purchasing Department Hinson Administration Building 444 Appleyard Drive Tallahassee, Florida 32304-2895

SCHEDULE OF RFI EVENTS Date

Time

Description

5/19/15

Release of RFI to Public, Posted on Vendor Bid System (VBS) & TCC Purchasing Website

5/29/15

Last Day for Written Inquiries and Notice of Intent to Propose

6/5/15

Anticipated Date that answers to Written Inquiries in the form of an Addendum will be posted on VBS & TCC Purchasing website

6/15/15

1:45 p.m. EDST

Proposals Due

6/15/15

2:00 p.m. EDST

Proposal Opening

6/16/15

Anticipated Commencement of Proposal Evaluations

Page | 12

PROPOSAL SPECIFICATIONS INTRODUCTION AND PURPOSE Tallahassee Community College (hereinafter referred to as “TCC” or “The College”) is requesting qualified and experienced vendors (hereinafter referred to as “Respondent”, “Respondents”, “Vendor”, or “Vendors”) to submit responses to this Request for Information for Website Redesign Services (hereinafter referred to as “RFI”). The TCC website is the centerpiece of the College’s digital strategy for marketing and recruiting students, and receives approximately 6.2 million unique page views each year. The website’s primary purpose is to allow prospective students to easily learn about and apply to TCC. A close secondary purpose is to provide information to current students as well as other stakeholders. The current design was developed in 2010 and, along with a new CMS system, was launched in 2012. TCC has determined that its present website is out-of-date and no longer meeting the needs of the College or serving its primary mission to attract prospective students. The College is looking to enhance the ease of use for both students and other stakeholders with a redesign, and is interested in a dynamic, innovative design and architecture that engages the visitors and provides easy access to the information sought after. Additionally, the College seeks to develop a revised student‐centric information architecture. The College will also be identifying and procure a new Content Management System (CMS) to be implemented and launched simultaneously with a new website design. While the procurement of the CMS is not within the scope of this RFI, implementation with the new system will be imperative to provide the College with the ability to manage content. Accordingly, the College seeks to identify a Vendor who can help the College research, design and implement a new website design to replace the current design utilizing the most effective and, when possible, “best of breed” methodologies, in the most timely and cost-effective manner for the College as possible (hereinafter referred to as “Services”). The redesign is to be done in accordance with generally accepted website standards, including ADA compliance and mobile accessibility. The College intends to adopt an aggressive timeline and move to a new, mobileresponsive design and a new CMS system by January 2016. Specific implementation and Vendor requirements are described in detail in this RFI. PROCUREMENT PROCESS The College is not required to solicit competitive offers for information technology (“IT”) related or professional artistic services pursuant to Florida Department of Education (“FDOE”) Rule 6A-14.0734. Nevertheless, the College believes that a competitive approach to procuring the Services described in this RFI will be in the best financial Page | 13

interests of the College. Accordingly, this RFI will enable the College to determine which Vendors, if any, are in the best position to provide the Services described in this RFI in a manner that serves the best interests, financial and otherwise, of the College. The College, at its sole discretion, may choose to engage in negotiations with any, all, or none of the Respondents to this RFI in order to obtain the best processes and pricing for the Services described in this RFI. The College, at its sole discretion, may also choose to engage in negotiations with Services providers who do not respond to this RFI. For the avoidance of doubt: the College plans to procure the Services described in this RFI without a competitive solicitation based upon the exception available to the College in FDOE Rule 6A-14.0734(2)(f) for professional services and FDOE Rule 6A-14.0734(2)(g) for information technology resources. Since this is not a competitive solicitation process, the protest provisions stipulated in Florida Statute 120.57 are not applicable to this RFI. All information submitted in response to the RFI is subject to the Public Records Law of Chapter 119 F.S. If you provide any information that you believe is confidential and proprietary, please mark it accordingly, provided that marking such information in itself will not exempt it from the public records law if such information does not fall within any exemptions available under the Public Records Law. PROPOSAL EVALUATION PROCESS Select qualified personnel from the College will evaluate proposals based on criteria listed in the following sections. Additional criteria may be considered as deemed appropriate. The proposal determined to be most advantageous to the College may be selected for further action to include contract negotiations. As part of the proposal evaluation process, the College intends to make inquiries and investigations, including verbal or written references from Respondent’s customers. In addition to considering the ability of the Respondent to provide the proposed Services, the College will consider additional factors such as the Respondent’s qualifications, familiarity with the requirements of colleges, and experience in website design. The College reserves the right to reject any proposal for any reason. Respondents will be evaluated based on the information provided in response to this RFI, inquiries and investigations performed by the College, and if invited, on an on-site presentation to select qualified College personnel. The College plans to conduct the evaluation and selection process in four steps: Step 1. Analysis of RFI Responses The first step will consist of a review of the Vendor responses to validate that the Minimum Qualifications are met as outlined in this RFI. Vendor responses not meeting Minimum Qualifications may be eliminated at the Page | 14

discretion of the College. If the Minimum Qualifications are met, College personnel will:  Analyze the RFI responses from each Respondent.  Make a determination regarding which, if any Respondents will be further evaluated. Step 2. On-Site Presentations and Reference Checks Based on the determination of College personnel, one or more vendors may be asked to participate further, and will be evaluated on:  On-site presentation performance  Answers and responses to questions during evaluation  Reference responses  Cost For the on-site presentations, RFI respondents must bring with them staff that will be assigned to TCC as the on-site project manager and any other project managers who will be assigned to our account. In addition, TCC would also like to have present any other members of the team that will be assigned to our account. While having team members present is not mandatory, it is mandatory that respondents have the manager(s); we want to be able to talk to the person/people who we will be interacting with the most. Step 3. Recommendation The results from all of the vendor analyses, presentations, reference checks, and cost information will be used by the College to recommend the finalist or finalists who the personnel feels would be a best-fit Vendor(s). These finalists will be selected for Negotiations. Step 4. Negotiations The College will enter into negotiations with the Vendor(s) it deems most likely to meet all of the needs of the College, including any concessions that the College may choose to seek from the Vendor(s). Regardless of any negotiations, the College will procure Services as described in the section titled “Procurement Process.” MINIMUM QUALIFICATIONS The College will evaluate the Respondent’s ability to fulfill its proposed solution based upon specified qualifications, quality of references, company viability, staff and overall viability of the company or companies. The minimum qualifications are:  A demonstrated expertise in mobile-responsive web design.  Website development services including, but not limited to, content auditing, HTML development, ADA compliance, user experience research and testing, and CMS implementation. Page | 15

 The capacity (resources and manpower) to facilitate a large-scale website redesign project taking into consideration the College’s reputation, vision, size and scope.  Evidence that the proposed Services have been successfully implemented through similar projects and institutions. PREFERRED QUALIFICATIONS  Experience working with higher education or similar institutions. EVALUATION FACTORS AND CRITERIA The College will evaluate the Respondents to this RFI based on the information provided in Respondent's proposal, references, and, if invited, their on-site presentation among other factors. The evaluation will be conducted by qualified College personnel and the following will be considered: Research, design and implementation plans and methodologies, including:  Research plan  Design best practices  CMS Implementation strategy  Content audit and migration plan  Launch strategy and plan Project Management  Project planning  Project governance management  Resource planning  Resource management  Scope and requirements management  Issues management  Schedule management  Project communication  Status reporting  Account management Project Staffing  Experience of key personnel  Number and types of project managers  Sample and Specific account assignments prior to contracting  Commitments of resources prior to and during implementation  On-site staffing  Sub-contractor use Reliability  Commitment to higher education  Commitment to Tallahassee Community College Page | 16

   

Commitment to best design practices The number and quality of similar implementations Track record and ability to deliver on time Risk to the College versus Vendor if milestones are missed

Viability  Overall financial stability and viability of the Vendor  Use of third parties in bid  Willingness to guarantee rates  Willingness to fix-fee all or portions of work References  Quality  Overall satisfaction  Similarity to organizations of like mission, size and complexity as the College Total Implementation Costs  Implementation services  Training  Utilization of College personnel  Requirements for College backfill  Expense reimbursement  Hours worked during week versus time charged to project On-Site Presentation (If invited)  Implementation strategy  Recommended timeline  Methodology details  Project Management  Training  Cost RESPONSE GUIDELINES All Respondents are required to format their proposals in a manner consistent with the following guidelines: Address All Items Each item must be addressed in the Respondent’s response using the corresponding numbers in this RFI or the response may be rejected. Conditional Clauses, Alterations, Irregularities RFI responses that are qualified with conditional clauses, alterations, or irregularities of any kind, are subject to disqualification by the College at its

Page | 17

option. All assumptions made by Respondents must be clearly stated in the proposal and qualifiers must be placed in context. Failure to Comply Failure to comply with the requirements in this RFI may result in rejection of Respondent’s response. NON-RESPONSIVE PROPOSALS: Non-responsive proposals will be rejected by the Purchasing Department, and will not be distributed to College personnel for consideration. Additionally, College personnel may determine that required submittals/documentation is so inadequate as to be determined to be non-responsive. Non-responsive proposals may include, but are not limited to the following:      

Failure to sign the proposal Failure to acknowledge addenda Failure to provide required submittals/documentation Submission of a late proposal Submission of a proposal that contains conflicting terms and conditions than those listed by the College Proposer does not meet minimum requirements

REQUIRED RESPONSE SECTIONS Each response must consist of the following sections, numbered/tabbed according to the specific sections below: 1. Letter of Intent 2. Executive summary 3. Qualifications 4. References 5. Viability 6. Design and implementation approach and timeline 7. Project management 8. College and Respondent Roles and Responsibilities 9. Respondent Project Assumptions 10. Prior Work 11. Project Team 12. Project Budget 13. Cost Minimization 14. Statement of Work 15. Contract Terms and Conditions 16. Additional Contract Items 17. Any additional information that you feel will help the College make its decision. 18. Statement of No Proposal (If applicable) 19. Proposal Response Form 20. Proposal Certification 21. Drug Free Workplace Page | 18

22. Minority and Woman Owned Business Declaration 23. Addendum (If applicable)

1) Letter of Intent The Letter of Intent must address the following topics: Summary of Ability and Desire to Supply the Required Services The transmittal letter must briefly summarize the Respondent’s ability to supply the requested services. The letter must also contain a statement indicating the Respondent’s willingness to provide the requested services subject to the terms and conditions set forth in this RFI. Other Information Any other information the Respondent may wish to briefly summarize will be acceptable. For more information, see “Basic Submittal Information” under the section titled “Instructions for Preparing Proposals.” 2) Executive Summary Outline the key elements of your response. 3) Qualifications Provide evidence for each of the following qualifications. If Respondent has no documentable qualifications for a specific area, state “No Qualification”: 3.1 3.2

3.3

3.4 3.5

A demonstrated expertise in mobile-responsive web design. Website development services including, but not limited to, content auditing, HTML development, ADA compliance, user experience research and testing, and CMS implementation. The capacity (resources and manpower) to facilitate a large-scale website redesign project taking into consideration the College’s reputation, vision, size and scope. Evidence that the proposed Services have been successfully implemented through similar projects and institutions. Experience working with higher education or similar institutions.

4) References 4.1 Provide your top three (3) customers for whom you have provided Services. For each client, provide a brief overview of the project and any details that may be helpful for the College, along with contact information for each client. 4.2 Provide your most recent three (3) customers for whom you have provided Services. For each client, provide details that may be helpful for the College, along with contact information for each client.

Page | 19

4.3

List any clients within the last five (5) years on which you were replaced during a project. Provide a brief description of the project and state the reason(s) why the client replaced your organization(s).

5) Viability 5.1 Provide a description of your organization type (public corporation, Private Corporation, private company, limited liability corporation (LLC), etc.). 5.2 Provide a brief description of your organizational history, market segment(s), client base, and employee base. 5.3 Provide a disclosure of any judgments, including but not limited to: pending or expected litigation or other real or potential financial reversals that might affect the viability or stability of the corporations; or warrant that no such condition is known to exist. 6) Design and Implementation Approach 6.1 Implementation tasks. Give an overview of your design process and CMS implementation strategy, and then describe the tasks required, from contract signing to post-launch. Include the process proposed for: a. Stakeholder user experience research b. Establishing templates and layouts c. Wireframing d. Assisting with establishing a style guide e. Final design selection, and reviews and revisions f. Implementing templates and master pages g. Content audit and migration h. Beta and post-launch testing as appropriate for all implementation models identified in your proposal. 6.2 Project schedule. Provide a projected implementation schedule, including timeline, milestones, and deliverables. 6.3 Alternative implementation strategies. Discuss any alternative implementation strategy you considered, outlining the pros and cons of each approach for the College. 6.4 Vendor staffing. Provide breakdown of consultant type, level/skills including experience level, accreditation, or certification required for each task. 6.5 College staffing. Provide detailed information about what staffing you expect the TCC to contribute, including skill levels, knowledge sets, hours, and timing of hours. If a TCC employee will need to be dedicated to the implementation more than 25% of their time over any period during the implementation, identify this obligation and when you expect it to occur. 6.6 Consultant qualifications. Provide resumes, client references and the most recent work histories of the primary consultants/trainers you will assign to the project. 6.7 Right of refusal. Respondent should validate the College’s right of refusal of individual consultants proposed or assigned to the implementation.

Page | 20

7) Project Management 7.1 Project management and methodology. Respondent should include a complete and detailed description of its overall approach to the management of this effort, including cost containment, schedule management, project leadership, and other typical project management tools and processes that may be employed in this effort. 7.2 Dealing with subcontractors. Discuss your philosophy and approach for dealing with subcontractor relationships. 7.3 Dealing with the College’s project manager(s). Describe your philosophy and approach for working with a project manager representing the College. 8) College and Respondent Roles and Responsibilities 8.1 Roles and Responsibilities. Identify the critical project roles that will be needed to implement successfully the selected software. Describe the responsibilities for each role. 8.2 Project Organization. Propose the most likely project organization structure for design and implementation. 8.3 College Responsibilities. Outline the time commitment needed from various College personnel throughout the implementation. 9) Respondent Project Assumptions Respondent should present any project assumptions which in any way impacts Scope, Schedule, or Cost. TCC will not accept or acknowledge any assumptions that are not included in this section. 10) Prior Work Describe any prior work product(s) that your firm has developed that relates specifically to any or all of the work described in this RFI, and whether or not you propose to deliver that product(s) on this project. Explain how the work product(s) will benefit TCC. 11) Project Team 11.1 Describe the skills and abilities required of employees and/or consultants hired into your company. 11.2 Describe in detail how your company is organized including reporting structure, business unit, size of institution and any other details which make it possible for the College to determine how your practice functions within your organization. 11.3 Provide a College staffing plan with your proposal response including your recommendation for back-fill. You may propose an alternative plan if you wish. 11.4 Provide a detailed list outlining your project staffing resources including onsite and off-site. 11.5 Please provide a complete organizational chart for the project team that will be utilized on this project, with each person’s role, title and reporting structure clearly described. 11.6 For key members of the project team, please provide: Page | 21

11.7

a. a biographical summary of each member of the team, specifically indicating the details of their web design services work and the customers for which that work was performed, and b. a complete resume for each member of the project team Do you plan to use any sub-contractors or consultants not employed by your company? If so, for each subcontractor or consultant, please explain your rationale, the specific expertise for why they are needed and their costs. Also provide complete biographical information for each that clearly shows the expertise for which you wish to engage them.

12) Project Budget Please provide a complete line-item budget for the proposed work. 12.1 12.2 12.3

The fees proposed shall remain firm and shall include all charges that may be incurred in fulfilling a contract awarded as a result of this RFI. Clearly indicate deliverables linked to progress payments. Provide a detailed and complete schedule of charges for College personnel review. If travel costs are not included in your proposed price schedule, be advised that the college will not pay travel costs in excess of those set by the State of Florida.

13) Cost Minimization 13.1 Do you plan to bid for this work on a flat-fee, do-not-exceed basis; or a time and materials basis; some combination of the two; or some alternative approach? Explain how your pricing decision helps minimize costs for the College. 13.2 Please describe what specific steps you will take to leverage work done for other companies or educational institutions, whether by you or by others, that is applicable to this project and that will minimize the cost of this project to the College. 13.3 Please indicate how you handle requests for work to determine whether the request is in-scope or out-of-scope. 14) Statement of Work Please include a complete and executable Statement of Work that reflects your response to this proposal. 15) Contract Terms and Conditions Please include a complete list of Contract Terms and Conditions that reflects your response to this proposal and that ties to your Statement of Work. 16) Additional Contract Items If there are any additional items that would be required for the College to sign or acknowledge to enter in a contract with you for this work, please include them here in executable form. Should your proposal be accepted, the College will not sign or acknowledge any additional documents that are not included in your response.

Page | 22

17) Any additional information that you feel will help the College make its decision. Please include any additional information that you feel will assist the College in making its decision.

INSURANCE REQUIREMENTS 1. REQUIREMENTS: During the performance of the services under this contract, contractor shall maintain the following insurance policies reflecting at least the minimum amounts and conditions as follows: A. Minimum Limits: 1. General Liability Insurance with all of the following: a. Bodily injury limits of not less than $1,000,000 for each occurrence/$2,000,000 aggregate b. Property damage limits of not less than $1,000,000 for each occurrence/$2,000,000 aggregate 2. Automobile Liability Insurance with all of the following: a. Bodily injury limits of not less than $500,000 for each person b. Not less than $500,000 for each incident c. Property damage limits of not less than $500,000 for each accident 3. Workers’ Compensation Insurance in accordance with statutory requirements, as well as the following: a. Employer’s liability insurance with limits of not less than $100,000 for each accident b. $100,000 for each disease c. $500,000 aggregate 4. Professional Liability, when applicable for services provided, not less than $1,000,000 per occurrence/$2,000,000 aggregate B. Conditions: 1. Policies must be written by an insurance company authorized to do business in Florida.

Page | 23

2. Policies other than Worker’s Compensation shall be issued only by companies authorized by maintaining certificates of authority issued to the companies by the Department of Insurance of the State of Florida to conduct business in the State of Florida and which maintain a rating of “A” or better and a Financial Size Category of “VII” or better according to the A.M. Best Company. Policies for Worker’s Compensation may be issued by companies authorized as a group self-insurer by Florida Statute 440.57. 3. The College’s Purchasing Director/Risk Manager may verify ratings at A.M. Best’s website: www.ambest.com/ (regarding item 1B2 above) 4. Deductible amounts shall not exceed 5% of the total amount of required insurance in each category. Should any policy contain any unusual exclusion, said exclusions shall be so indicated on the Certificate(s) of Insurance. 5. Contractor shall furnish the College Certificates of Insurance that shall include a provision that policy cancellation, non-renewal or reduction of coverage will not be effective until at least thirty (30) days written notice has been made to the College. 6. Contractor shall include the College as an additional insured on the General Liability and Automobile Liability insurance policy required by the contract. All of the contractor’s sub-contractors shall be required to include the College and contractor as additional insured on their General Liability insurance policies. 7. If an “ACCORD” Certificate of Liability Insurance form is used by the contractor’s insurance agent, the words “endeavor to” and “... but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives” in the “cancellation” paragraph of the form shall be deleted. 8. The contractor shall not commence work under this contract until all insurance required as stated herein has been obtained and the College has approved such insurance. 9. “Claims made” insurance policies are not acceptable. 2. MISREPRESENTATION: Misrepresentation of any material fact, whether intentional or not, regarding the proposer’s insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing contract. 3. GOVERNMENTAL ENTITIES: In the event the proposer is a governmental entity, different insurance requirements may apply.

Page | 24

INSTRUCTIONS FOR PREPARING PROPOSALS 1. PROPOSAL FORMAT: A. For ease of evaluation: 1. It is suggested that a 3 ring binder be used 2. The proposal should be submitted on 8 ½ x 11 paper 3. Portrait orientation 4. With headings and sections numbered 5. The sections should be separated by using divider tabs for easier reference 6. Ensure all information is typewritten 7. Information loaded onto the USB must be identical to the information shown on the original copy of the bid and be in the same format. Load as one complete document and not as individual documents/folders. B. The proposal should be divided by tabs into sections with references to parts of the RFI done on a section-by-section basis. 2. PROPOSAL SUBMITTAL: A. Basic Submittal Information: 1. Letter of Intent: This letter will summarize in a brief concise manner, the proposer understands the Terms and Conditions, Scope of Work and will make a positive commitment to perform the work/service in a timely manner. The letter must be signed by an official authorized to make such commitments and enter into a contract with the College. The letter must indicate the official’s title or authority. The letter should not exceed two (2) pages in length. 2. Acknowledgement of Addenda: Include the signed and dated acknowledgement page of the last/final addendum issued by the College, if applicable. 3. Proposal Response Form 4. Proposal Certification Form 5. Corporate Information: If proposer is a corporation, provide a copy of the certification from the Florida (or other state) Secretary verifying proposer’s corporate status and good standing, and in the case of out of state corporation, evidence of authority to do business in the State of Florida. 6. Subsidiaries: Name any subsidiary or affiliated companies in which principals have a financial interest. Explain in detail the principal’s interest in this company. Page | 25

7. Bankruptcy: Indicate whether your firm has filed for bankruptcy within the previous seven (7) years. 8. Drug Free Workplace: If applicable provide a statement concerning the proposer’s status as a drug free workplace. Whenever two or more proposals are determined to be equal, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. B. Price Proposal: 1. The fees proposed shall remain firm and shall include all charges that may be incurred in fulfilling a contract awarded as a result of this RFI. 2. Clearly indicate deliverables linked to progress payments. 3. Provide a detailed and complete schedule of charges for College personnel review. If travel costs are not included in your proposed price schedule, be advised that the college will not pay travel costs in excess of those set by the State of Florida.

Page | 26

STATEMENT OF NO PROPOSAL This company elects to submit a "NO PROPOSAL" for this Request for Information for the following reason(s):

Signature Names / Titles Legal Name of Proposer Mailing Address City / State / Zip Telephone Number

Page | 27

PROPOSAL RESPONSE FORM Proposers are required to complete and submit this form. Proposers shall submit one (1) original and three (3) copies of proposal and (1) electronically on a USB flash media in PDF format of the proposal complete with all supporting documentation, in a sealed envelope/box marked as noted in the General Conditions of the RFI. This quantity is required so that a full and complete copy of your proposal can be provided to College personnel. Company Name:________________________________________________________ Address __________________City ________________ State _________ Zip_______ Phone:_______________________________ Fax:____________________________ Company Toll Free Telephone Number: _____________________________________ E-Mail Address: ________________________________________________________ Type of Business: ___ Corporation

___ Partnership

___ Sole Partnership ___ Joint Venture Incorporated in State of __________________________ Date: ___________ Number of Years ___________ SSN (If Sole Proprietorship or Partnership): Only required if FEIN is not provided __________________ I have submitted the required TCC vendor application and W9 form online and have obtained my TCC Vendor ID # which is SU- _ _ _ _ _ _ _ _ _ .

Name of Company Representative: Printed_____________________________Signature___________________________ Title _____________________________

Date____________________________

Page | 28

PROPOSAL CERTIFICATION I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same materials, supplies or equipment, and is, in all respects, fair and without collusion or fraud. I agree to abide by all conditions of this proposal; I certify that I am authorized to sign this proposal. I hereby agree to furnish the items and/or services at the prices and terms stated in my proposal. I have read, understand and will comply with all of the terms and conditions of the Request for Information. This company is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to Equal Employment Opportunity for all people without regard to race, color, religion, sex or national origin and the implementing rules and regulations prescribed by the Secretary of Labor. I certify that I have received the following addenda (if any): Addendum

Dated

Addendum

Dated

Signature Name(s) and Title(s) Legal Name of Proposer Mailing Address City, State, Zip Telephone

Fax

Date _____________________________

NOTE: Please return to Tallahassee Community College with your proposal.

Page | 29

DRUG FREE WORKPLACE Drug-Free Workplace: ________ Yes

________ N/A

If Yes please complete this form. The undersigned Proposer in accordance with Florida Statute 287.087 hereby certifies that

does:

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement, an will notify the employer of any conviction of, or plea of guilty or nolo contendere, to any violation of Chapter 893, or any controlled substance law of the United States or any state violation occurring in the workplace, no later than five (5) days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by an employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

Vendor’s Signature Date

Page | 30

MINORITY AND WOMAN OWNED BUSINESS DECLARATION Minority/Woman Owned Business: Yes ______

N/A ______

If Yes please complete the form. Minority and Woman Owned Business Declaration Form Proposer hereby declares that it is a Minority/Woman Owned Business Enterprises, as defined by section 288.703. Florida Statutes, by virtue of the following: Type of Business (check applicable area): ( ) African American ( ) Hispanic American ( ) Native American ( ) Asian American ( ) American Woman Note: Minority Business Enterprises, Small Businesses, and Minority Businesses terms are defined in Chapter 288.703, Florida Statutes, and are included below. Chapter 287.094, Florida Statutes, states that it is unlawful for any individual to falsely represent any entity as a minority business enterprise. A person in violation of 287.094, Florida Statutes, is guilty of a felony of the second degree. Proposer:

Certified by (Name of Public Entity, if applicable):

Certificate Number/Attach Copy:

Signature & Date:

Florida Statues 288.703 definitions – As used in section 288.703, the following words and terms shall have the following meanings unless the content shall indicate another meaning or intent: (1) “Small business” means an independently owned and operated business concern that employee 200 or fewer permanent full-time employees and that, together with its affiliates, has a net worth of not more than $5 million or any firm based in this state which has a Small Business Administration 8(a) certification. As applicable to sole proprietorships, the $5 million net worth requirement shall include both personal and business investments. (2) “Minority Business Enterprises” means any small business concern as defined in subsection (1) which is organized to engage in commercial transactions, which is Page | 31

domiciled in Florida, and which is at least 51% owned by minority persons who are members of an insular group that is of a particular racial, ethnic, or gender make-up or national origin, which has been subjected historically to disparate treatment due to identification in and with that group resulting in an under-representation of commercial enterprises under the group’s control, and whose management and daily operations are controlled by such persons. A minority business enterprise may primarily involve the practice of a profession. Ownership by a minority person does not include ownership which is the result of a transfer from a nonminority person to a minority person within a related immediate family group if the combined total net asset value of all members of such family group exceeds $1 million. For purposes of this subsection, the term “related immediate family group” means one or more children less than 16 years of age and a parent of such children or the spouse of such parent residing in the same house or living unit. (3) “Minority person” means a lawful, permanent resident of Florida who is: a. An African American, a person having origins in any of the black racial groups of the African Diaspora, regardless of cultural origin. b. A Hispanic American, a person of Spanish or Portuguese culture with origins in Spain, Portugal, Mexico, South America, Central America, or the Caribbean, regardless of race. c. An Asian American, a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands, including the Hawaiian Islands prior to 1778. d. A Native American, a person who has origins in any of the Indian Tribes of North America prior to 1835, upon presentation of proper documentation thereof as established by rule of the Department of Management Services. e. An American woman. (4) “Certified minority business enterprise” means a business which has been certified by the certifying organization or jurisdiction in accordance with s. 287.0943(1) and (2). (5) “Department” means the Department of Management Services. (6) “Ombudsman” means an office or individual whose responsibilities include coordinating with the Office of Supplier Diversity for the interests of and providing assistance to small and minority business enterprises in dealing with governmental agencies and in developing proposals for changes in state agency rules. (7) “Financial institution” means any bank, trust company, insurance company, savings and loan association, credit union, federal lending agency, or foundation. (8) “Secretary” means the secretary of the Department of Management Services. It is unlawful for any individual to falsely claim to be a minority business enterprise for purposes of qualifying for certification with any governmental certifying organization as a minority business enterprise in order to participate under a program of a state agency which is designed to assist certified minority business enterprises in the receipt of contracts with the agency for the provision of goods or services. The certification of any contractor, firm, or individual obtained by such false representation shall be permanently revoked, and the entity shall be barred from doing business with state government for a period of 36 months. Any person who violates this section is guilty of a felony of the second degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. Page | 32

ADDENDUM ACKNOWLEDGEMENT FORM RFQ # 2014-01 ADDENDUM #1 TALLAHASSEE COMMUNITY COLLEGE 444 Appleyard Drive Tallahassee, Florida 32304-2895 850.201.8520 www.tcc.fl.edu

Bid No:

RFQ # 2014-01

Bid Title:

Architectural Services/Wakulla Environmental Institute

Opening Date:

October 8, 2014 @ 2:00 p.m.

ADDENDUM NO:

One (1)

Date:

XXXXXXX, 00, 2013

PLEASE BE ADVISED THAT THE FOLLOWING CHANGES ARE APPLICABLE TO THE ORIGINAL SPECIFICATIONS OF THE ABOVE-REFERENCED RFI: This addendum includes the following: THIS ADDENDUM NOW BECOMES A PART OF THE ORIGINAL RFI. THE ADDENDUM ACKNOWLEDGMENT FORM SHALL BE SIGNED BY AN AUTHORIZED COMPANY REPRESENTATIVE, DATED AND RETURNED WITH THE RESPONSE. RESPONDENT:_____________________________BY: ________________________

ADDRESS: _____________________________

PHONE: ___________________

CITY, STATE: __________________________________________________________ DATE: _____________________________ AUTHORIZED SIGNATURE: ____________________________________________________ Page | 33